HomeMy WebLinkAbout000802 Original Contract City of Port Angeles
Record # 000802
CONTRACT DOCUMENTS
for
PRIMARY METERING CABINETS
PURCHASE CONTRACT NO. LO-14-016
�0 ppRT
�v
CORKS ANp
CITY OF PORT ANGELES
WASHINGTON
June 2014
CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, CITY ENGINEER
Reviewed Py:—. Approved by:
Mike Puntenney s
William Bloor `
City Engineer City Attorney
Page 1 of 17
June 10, 2014
1,Of pOPiq CITY OF PORT ANGELES
��►�•�s INVITATION TO BID
For
�! PRIMARY METERING CABINET
Sealed bids will be received by the Contract Specialist until 2:OOPM, July 22, 2014, and will be
opened and read in the Public Works conference room — Jack Pittis, main floor, Port Angeles
City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for the following Materials:
Three-Phase 15— kV Safefront 200 Amp Primary Metering Station
Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing
contractsCa.cityofpa.us .
All bids must be on the form provided. Faxed or email bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive minor
irregularities in the bidding process.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid
to such businesses as have contacted the City for such notification. Further, all bidders are
directed to solicit and consider minority and women owned businesses as potential
subcontractors and material suppliers for this project.
Mike Puntenney
City Engineer
PUBLISH: Peninsula Daily News: July 6, 2014
Project No. LO-14-016 Page 2 of 17
�'0 pORT.4,C�`
°N INSTRUCTIONS FOR BIDDERS
Equipment Bids
'RKS
BID SUBMITTAL: All bids must be made on the required bid
form and in cases of errors in the extension
All bids must be sealed with the outside of of prices in the bid, the unit prices will
the envelope marked with the BID govern. All blank spaces for bid prices must
OPENING DATE July 22, 2014, be filled in, with ink or typewritten, and the
PURCHASE CONTRACT NO. LO-14-016. bid form must be fully completed and
The NAME AND ADDRESS OF THE executed when submitted. Only one copy
BIDDER shall also appear on the outside of of the bid form is required. Faxed and
the envelope. Bids shall be directed to the emailed bids will not be accepted.
Contract Specialist, and mailed to PO Box Failure to adhere to instructions may
1150, or delivered to 321 East Fifth Street, constitute disqualification of proposal.
Port Angeles, Washington 98362.
COMPLIANCE WITH SPECIFICATIONS:
It is the intent of the attached specifications The equipment must be in accordance with
to describe the minimum requirements for the specifications.
the equipment requested in sufficient detail
to secure bids on comparable equipment. Failure on the Contractor's part to comply
All parts which are necessary in order to with any specification herein will be grounds
provide a complete unit as described, for disqualification of the bid.
meeting all safety requirements, and ready
for operation, shall be included in the bid All items called for in the specifications,
and shall conform in strength, quality of including but not limited to the equipment
workmanship and material to that which is constructed as shown, and the necessary
usually provided the trade in general. Any manuals, must be complied with before the
variance from the specifications or final payment can be processed.
standards of quality must be clearly pointed
out in writing by the bidder. Where the description of an item includes
both specifications and a brand name and
Do not make reference to brochures or number, the specifications shall govern in
supporting literature on the bid sheet. All case of conflict. Brand name and number
notations for bid compliance or are for reference as to the type and quality
exceptions are to be made on the bid required and do not preclude offers of a
sheet or on a plain piece of paper comparable or better product, provided full
attached and referenced to the bid item. specifications and descriptive literature
accompany the offer. Failure to include full
If a bidder's corporate policy mandates use descriptive literature may be cause to reject
of an official quotation form, it may be the offer.
submitted. However, the cost data must be
duplicated on the City's bid cost data and WARRANTY:
agreement sheet. The City's bid sheet The purchased supplies or equipment
must be signed by the bidder or its agent furnished must have full manufacturer's
in order for the proposal to be accepted. warranties, and the warranties must inure to
If alternate equipment is proposed, bidders the benefit of the City.
are required to submit a separate bid sheet
for each unit offered. Vendor agrees to these warranty provisions
by signing the bid proposal.
Project No. LO-14-016 Page 3 of 17
SAFETY: contract, unless the award is delayed for a
This unit shall completely comply with all period exceeding sixty (60) calendar days.
State and Federal laws, rules, regulations The City of Port Angeles may, at its option,
and codes in effect at the time of delivery. in awarding this purchase contract, take into
consideration the revenue it would receive
The unit shall be tested by the successful from purchasing the equipment from a
bidder for compliance with all OSHA/WISHA supplier located within its boundaries, in
regulations and the State Department of accordance with RCW 39.30.040.
Labor and Industries Safety Rules.
For the Schedule(s), offers made in
DELIVERY& ACCEPTANCE: accordance with the Invitation to Bid shall
be good and firm for the period of 90
The terms of delivery are shall not exceed calendar days after contract award
160 calendar days from issuance of unless the Bidder specifically limits its offer
purchase order. Deliveries shall be free on to a shorter period by written notification on
board (FOB). the bid document. However, bids so
modified may be declared non-responsive.
For any exception to the delivery date as Quantities shown are of total estimated
specified in this Contract, Vendor shall give initial quantities to be ordered. Purchase
prior notification and obtain written approval Orders for additional quantities may be
thereto from the City. Time is of the essence placed with successful bidders over this
and the Contract is subject to termination for period from the date of award. Prices bid
failure to deliver as specified and/or shall be good for all equipment and
appropriate damages. The acceptance by materials ordered during that period. All
the City of late performance with or without orders shall be placed using City of Port
objection or reservation shall not waive the Angeles Purchase Orders. Payments shall
right to claim damage for such breach nor be made monthly for materials received and
constitute a waiver of the requirements for invoiced.
the timely performance of any obligation
remaining to be performed by Vendor. Offers made in accordance with the
Invitation to Bid shall be good and firm for
The successful bidder shall be responsible the period specified in the bid unless the
for delivery to the City's Maintenance Yard, Bidder specifically limits its offer to a shorter
1703 South B Street, Port Angeles, period by written notification on the bid
Washington, between the hours of 7:30 AM document. However, bids so modified may
and 3:00 PM during the City's normal work be declared non responsive.
day. Delivery shall be made within the time
period specified on the Bid Form. Minority and women owned businesses
shall be afforded full opportunity to submit
GENERAL INFORMATION: bids in response to this invitation, shall not
The City of Port Angeles reserves the right be discriminated against on the grounds of
to consider delivery time and may waive any sex, race, color, age, national origin or
minor irregularities or minor defects or reject handicap in consideration of an award of
any and all bids. Any bid may be withdrawn any contract or subcontract, and shall be
prior to the above scheduled time for the actively solicited for participation in this
opening of bids or authorized postponement project by direct mailing of the invitation to
thereof. Any bid received after the time and bid to such businesses as have contacted
date specified shall not be considered. No the City for such notification. Further, all
Bidder will be permitted to withdraw its bidders are directed to solicit and consider
proposal between the closing time for minority and women owned businesses as
receipt of proposals and the execution of
Project No. LO-14-016 Page 4 of 17
potential subcontractors and material
suppliers for this project.
Signing of the bid sheet by Bidder and
subsequent acceptance by the City of the
lowest responsive bid will constitute a
binding agreement between the City and
Bidder. Bidder understands and agrees that
no contract payment will be made until the
City certifies that all stated specifications
have been complied with and the equipment
is delivered and accepted by the City.
Bids will be evaluated and submitted to the
authorized purchasing agent for approval as
soon as possible after bid opening. All
bidders will be notified of results in writing.
Upon award of the contract to the
successful bidder, the City will send the
Contractor duplicate, complete sets of
Contract Documents, which will include the
City's Purchase Order Requisition. The
Purchase Order Requisition will include the
final agreed upon price and the specific
equipment and options being purchased.
The Vendor will then sign the duplicate sets
of Contract Documents and return them for
signing by the City. Each party will retain a
fully executed set of the Contract
Documents.
The Invitation to Bid is released by the City
of Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Questions should be directed to Lucy
Hanley, Contract Specialist, (360) 417-4541
or to contracts(a)-cityofpa.us .
Project No. LO-14-016 Page 5 of 17
tiro,pOR741
•.,N CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specification will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be
processed for payment until receipt of a properly completed invoice or invoiced items,
whichever is later.
4. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped
prepaid, F.O.B. Destination.
5. REJECTION: All goods or materials purchased herein are subject to approval by the City.
Any rejection of goods or material resulting because of non-conformity to the terms and
specifications of this Contract, whether held by the City or returned, will be at Contractor's
risk and expense.
6. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
7. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all
claims, suits or proceedings for patent, trademark, copyright or franchise infringement
arising from the purchase, installation, or use of goods and materials ordered, and to
assume all expenses and damages arising from such claims, suite or proceedings.
8. WARRANTIES:
a. Notwithstanding inspection and acceptance by the City, the articles supplied under this
Contract, or any condition of this contract concerning the conclusiveness thereof, the
Contractor warrants that for a period of one year after delivery and acceptance by the City of
Port Angeles, that:
(1) All supplies furnished under this contract will be free from defects in material or
workmanship and will conform with all requirements of this contract; and
2) The preservation, packaging, packing, and marking, and the preparation for, and
method of, shipment of such supplies will conform with the requirements of this contract.
Project No. LO-14-016 Page 6 of 17
b. When return, correction, or replacement is required, transportation charges and
responsibility for the supplies while in transit shall be borne by the Contractor. However, the
Contractor's liability for the transportation charges shall not exceed an amount equal to the
cost of transportation by the usual commercial method of shipment between the place of
delivery specified in this contract and the Contractor's plant, and return.
c. Any supplies or parts thereof, corrected or furnished in replacement under this clause,
shall also be subject to the terms of this clause to the same extent as supplies initially
delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration
to that in paragraph 9.a of this clause and shall run from the date of delivery of the corrected
or replaced supplies.
d. All implied warranties of merchantability and "fitness for a particular purpose" are
excluded from any obligation contained in this contract.
e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles.
f. Remedies available to the City. Within a reasonable time after providing notice to the
Contractor, the City may either:
(1) Require, by written notice, the prompt correction or replacement of any supplies or
parts thereof (including preservation, packaging, packing, and marking) that do not conform
with the requirements of this contract within the meaning of paragraph 9.a of this clause; or
(2) Retain such supplies and reduce the contract price by an amount equitable under
the circumstances.
9. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
10. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or
use tax. No charge by Contractor shall be made for federal excise taxes, and the City
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with
an exemption certificate.
11. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the
goods and materials ordered herein are free and clear of all liens, claims, or encumbrances
of any kind.
12. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury
or destruction of goods and materials ordered herein which occur prior to delivery. Such
loss, injury or destruction shall not release Contractor from any obligation hereunder.
13. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from
and against any damage, cost or liability for any injuries to persons or property arising from
acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused.
14. ANTI-TRUST: Contractor and the City recognize that in actual economic practice
overcharges resulting from anti-trust violations are borne by the City. Therefore, Contractor
hereby assigns to the City any and all claims for such overcharges.
Project No. LO-14-016 Page 7 of 17
15. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit
is instituted by the City for any default on the part of the Contractor, and the Contractor is
adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the
City all costs, expended or incurred by the City in connection therewith, and reasonable
attorney's fees. The Contractor agrees that the Superior Court of the State of Washington
shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County.
16. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and
model and submits descriptive literature when available. Any bid containing a brand which
is not of equal quality, performance, or use specified must be represented as an alternate
and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
17. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
The equipment shall be tested by the successful bidder for compliance with all
OSHA/WISHA regulations and the State Department of Labor and Industries Electrical
Workers Safety Rules.
18. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE
TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY
THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR
CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. LO-14-016 Pn9n 8 of 17
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this q day of 2014,
between the City of Port Angeles (hereinafter called the "City") and General Pacific, Inc.
(hereinafter called the "Contractor", "Vendor", or"Bidder").
WITNESSETH: That the City and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE 1
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order
Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be
called "Contract Documents" or "Contract". All obligations of the City and the Contractor
are fully set forth and described herein.
In the event of a discrepancy between any of the Contract Documents, as above
defined, the City shall give a written interpretation thereof, which interpretation shall
govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the City, at the delivery point specified in
the Instructions to Bidders, and the City agrees to purchase and receive from Contractor
the equipment as described and set forth in the Contract Documents and the provisions
of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without
the express written consent of the City.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine the
rights and obligations of the parties hereunder shall be brought and heard in Clallam
County Superior Court.
Project No. LO-14-016 Page 9 of 17
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring and employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above-stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor
or the Contractor's subcontractors, the City may serve written notice of intention to
terminate such Contract upon the Contractor, which notice shall specify the reasons
therefore. Unless within thirty (30) days after serving such notice upon the Contractor
such violation shall cease and an arrangement for the correction thereof satisfactory to
the City be made, the Contract shall, upon the expiration of the said thirty (30) days,
cease and terminate. In the event of any such termination, the City may purchase the
materials necessary for complete performance of this Contract for the account and at
the expense of the Contractor, and the Contractor shall be liable to the City for any
excess cost thereby.
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
Project No. LO-14-016 Page 10 of 17
GENERAL PACIFIC, INC. CITY OF PORT ANGELES
By:
Title:
Dated; '3 Dated:
ATTEST: ATTEST:
r Ci y Clerk
Appr ved to as t rm
City torney
Project No. LO-14-016 Page 11 of 17
City of Port Angeles Schedule A
Invitation for Bid Primary Metering Cabinet
Purchase Contract: LO-14-016
GENERAL DESCRIPTION: Three-Phase 15 — kV Safefront 200 Amp Primary Metering
Station
WARRANTY: Any defect in design, material, and/or construction discovered within
twelve (12) months shall be corrected on all cabinets furnished on the order at the
manufacturer's expense.
FREIGHT: Freight shall be FOB destination.
SPECIFICATIONS OF MATERIALS:
Three-Phase Primary Metering Cabinets MDUS — 302
1.0 GENERAL:
1.1 This specification covers the electrical and mechanical characteristics of three-
phase, 60 Hz, 200 ampere pad-mounted primary metering cabinets.
1.2. All characteristics, definitions, and terminology, except as specifically covered in
this specification, shall be in accordance with the latest revision of the following
ANSI and NEMA standards.
C57.12.28 - Pad-Mounted Equipment - Enclosure Integrity.
2.0 RATINGS:
2.1. Bushings and bus shall be rated for 200 A continuous, Bus to be silver-plated
copper.
2.2. The primary voltage shall be 15 kV nominal for use on 12470GrdY/7200V
system, and the basic impulse insulation level (BIL) shall be 95 kV.
2.3. Terminals shall be equipped with 200A dead-front load-break bushings. Bushings
shall be in accordance with ANSI/IEEE Standard 386 to accept all standard
separable insulated connectors and inserts.
3.0 GENERAL DESIGN:
3.1 Switch cabinet shall be free-standing, self-supporting construction, not intended
for bolting directly to transformers, with provisions for cable entrance and exit
through the bottom.
Project No. LO-14-016 Page 12 of 17
I
I
i
3.2 Enclosure shall be 12-gauge ANSI 304L stainless steel, Munsell green finish.
Bottom two inches of the enclosure shall be provided with a base undercoating to
further prevent corrosion.
3.3 Roof shall be cross-kinked for water shedding in all directions. Roof shall be
removable to allow easy cable pulling during installation. Underside of roof shall
be coated with an insulated compound to prevent condensation.
3.4 Access to compartments shall be controlled by locking 3-point latching
mechanisms and pentahead bolts that can only be opened after a padlock is
removed.
3.5 All switch and fuse components shall be enclosed in an inner grounded steel
compartment with a floor of 22-gauge galvanized steel sheet to keep out foliage
and animals.
3.6 Parking stands shall be adjacent to each bushing and bushing well. Grounding
provisions shall be located in each termination compartment suitable for use with
separable insulated connectors and related accessories.
3.7 Provide ANSI 304 stainless steel transformer mounting pan to accept all
standard NEMA metering transformers. (Transformers to be provided and
installed by City). Phases shall be separated by glass-reinforced barriers.
4.0 CONNECTIONS:
4.1 Input/Output bushings shall be as follows:
4.1.1 Three loadbreak input bushings. (One per phase)
4.1.2 Three loadbreak unmetered output bushings. (One per phase)
4.1.3 Six loadbreak metered output bushings. (Two per phase)
5.0 CATALOG NUMBERS:
5.1 Cabinets shall be Shallbetter#SPMD-315-66-22-SS, or equal.
6.0 SHIPPING:
6.1 Units shall be palletized.
Project No. LO-14-016 Page 13 of 17
City of Port Angeles
Bid No. LO-14-016
BID FORM
Primary Metering Cabinet
Bidder must bid on all bid items for a bid to be considered valid. The bidder hereby bids the
following amounts for all material described in the Contract Documents.
EXTENDED
BID ITEM: DESCRIPTIONS: QUANTITY UNIT AMOUNT
(EACH) PRICE:
Three-Phase Primary Metering
1 , Cabinets— MDUS-302
1 Y Sales Tax (8.4%)
u
Total Amount
Delivery Days:
Indicate estimated number of days
after the purchase order is received
38 that the unit will be delivered to the DAYS: ` lc
city. The maximum number of days
shall not exceed 160 days.
I
Page 14 of 17
Project No. LO-14-016
i
I
City of Port Angeles
Bid No. LO-14-016
Primary Metering Cabinet
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further
notice?
0 Yes No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). - to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and dated by the bidder or a representative
legally authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER ., r
TYPE OF BUSINESS: ' Corporation 0 Partnership (general) 0 Partnership
(limited)
0 Sole Proprietorship 0 Limited Liability Company
ADDRESS - r /
CITY/STATE/ZIPS -2 .c.v% f t o"zdu�s
,, v
PHONE ff %° �y' FAX
NAME (PLEASE PRINT)
TITLE
SIGNEDt4 s DATE
Project No. LO-14-016 Page 15 of 17
Of PORT AN.
BIDDER'S CHECKLIST
�p
savp
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non-Collusion Affidavit been property executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
Project No. LO-14-016 Page 17 of 17